SOLICITATION NOTICE
J -- Rebuild Piper Super Cub
- Notice Date
- 11/8/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403
- ZIP Code
- 55403
- Solicitation Number
- APWSWRCO-0004-3
- Response Due
- 11/29/2002
- Point of Contact
- Jason Wilking, Purchasing Agent, Phone 612-370-2217, Fax 612-370-2136, - Jason Wilking, Purchasing Agent, Phone 612-370-2217, Fax 612-370-2136,
- E-Mail Address
-
Jason.L.Wilking@aphis.usda.gov, Jason.L.Wilking@aphis.usda.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Wildlife Services (WS), 2150 Centre Ave. Bldg. b , Fort Collins, CO 80526 intends to rebuild Piper Super Cub Pa-18 N744 located at Sweetwater, TX. The aircraft will be delivered to the contractors facility at the expense of the USDA. Rebuild start date will be December 9, 2002. Completion Date will be June 6, 2003. Late penalty as follows: For each day past due the above stated completion date the contractor will be assessed a late fee of $50.00 per day until the aircraft is completed and the USDA National Aviation Manager accepts the aircraft. Aircraft inspections as follows: The USDA retains the right to inspect this rebuild project at any time during the rebuild period. The contractor will notify the USDA at least two weeks in advance when the following stages of rebuild are approaching: 1) Aircraft complete disassembly. 2) Recovering Aircraft. 3) Aircraft rebuild completion. For Specifications please e-mail Jason Wilking : jason.l.wilking@aphis.usda.gov The NAICS code is 488190. With a small business size standared of no more than 6 million average annual receipts for an offeror's preceding 3 years. This is a firm fixed price contract. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 01-09 (b). Applicable FAR clauses are incorporated by reference: Prompt Payment 52.249-1(4/84); Changes--Fixed price 52.243-1 (8/87); Instructions to offerors - Commercial items 52-212-1 (10/00); Evaluation-Commercial Items 52.212-2 (01/99); Offerer Representations and Certifications 52.212-3 (07/02); Contract Terms and Conditions - Commercial Items 52.212-4 (02/02); Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items 52.212-5 (05/02). All RESPONSIBLE SMALL BUSINESS'S MAY SUBMIT A QUOTATION FOR CONSIDERATION. All offers must be signed. Offers should include tax payer identification number _____________________________ DUNS number________________________ and business Size___________________________. Award will be made to the responsive and responsible offeror whose offer conforms to the requirements and represents the best value to the Government, technical quality and past performance and cost or price related factors considered. For this acquisition the combined weight of technical factors and past performance is more important than cost or price related factors. The following factors will be used in the evaluation: 1. PAST PERFORMANCE:Past performance in meeting inspection schedules and completion dates. Provide a list of references and a narrative describing experience in meeting inspection schedules and compliance with completion dates on aircraft rebuilds or similar projects. Additionally, the offerer shall provide the name, address, and telephone number of the point of contact for each reference identified. 2. OFFERER'S FACILITIES AND PERSONNEL: Offerer will have a shop facility large enough to support the rebuild project and demonstrate the ability to employ sufficient number of qualified operational and support staff to rebuild aircraft. Submit information on shop facility capability and prior experience of each employee responsible for rebuilding aircraft. 3. FINANCIAL RESOURCES Demonstration of adequate financial resources and stability to support cost of operation. Proposals are due: Friday November 29, 2002 2:30 P.M. CST. Proposals may be faxed to 612-370-2106 with signed original forwarded by mail to : USDA APHIS Contracting Attn: Jason, Butler Square West 5th Floor, 100 North 6th Street., Minneapolis, MN 55403. Referenced FAR clauses can be accessed for review on the Internet at the following web site: http:/www.arnet.gov/far. All offers must be signed. Offers must include Federal Tax Payer Identification number, Dun and Bradstreet number and Business size.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/APHIS/Purchasing/APWSWRCO-0004-3/listing.html)
- Place of Performance
- Address: 2150 Centre Ave Bldg B Fort Collins, CO
- Zip Code: 80526
- Country: USD
- Zip Code: 80526
- Record
- SN00202719-F 20021110/021108220720 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |